Award Letter_CS2_Hughes Letter CS2 Hughes

Award Letter Cs2 Hughes Award_Letter_CS2_Hughes Award_Letter_CS2_Hughes c7aa97a0-2dc4-0130-526c-4040a5068ef5 uploads gwx_hughes

2012-12-21

: Hughes Award Letter Cs2 Hughes Award_Letter_CS2_Hughes 0f8cacb0-2dc1-0130-526c-4040a5068ef5 uploads

Open the PDF directly: View PDF PDF.
Page Count: 4

GSA Federal Acquisition Service
U.S. General Services Administration
10304 Eaton Place
Fairfax, VA 22030
August 23, 2012
Phil O’Brien, Vice President Legal
Hughes Network Systems, LLC
11717 Exploration Lane
Germantown, MD 20876
Dear Mr. O’Brien:
Your proposal submitted in response to Solicitation QTA010CTA0003 for end-to-end
COMSATCOM service solutions has been accepted on behalf of the United States
Government. Please read the contract, sign, date, and return Standard Form 26 to the
Contracting Officer, Jenni K. Lewis, via email at jenni.lewis@gsa.gov by 12PM – EST
Wednesday, August 29, 2012. (NOTE: in accordance with Section B of the contract, the
pricing applies specifically to the STOs as outlined in the attachments of Section J of the
contract. The individual prices provided in the Section B tables are for the proposed
solutions should they be required and ordered exactly as outlined in the Section J
attachments.)
Certificate of Insurance:
In accordance with Clause 52.228-5, a Certificate of Insurance is required. The Liability
Policy shall name the General Services Administration as an additional insured with respect
to operations performed under this contract. Additionally, the certificate of insurance should
indicate the contract number, location of services and name of the Contracting Officer in the
remarks. Insurance shall become effective and evidence of acceptable insurance furnished
prior to commencing operations under this contract. The above required deliverables for this
project must be returned within five (5) days after receipt of this letter to the following
email address: jenni.lewis@gsa.gov.
Failure to provide the required Certificate of Insurance to that email address in the
time period specified may result in a termination for default action pursuant to
Contract Clause 52.249-8 located in the Contract.
The Contractor is advised to review Section I of the contract to ensure compliance with all
contract clauses.
Subcontract Reporting:
2
Also be advised your company is required to submit individual subcontracting plans, in
accordance with the Utilization of Small Business Concerns clause of the contract. The
clause requires you to submit periodic reports electronically via the Electronic
Subcontracting Reporting Systems (eSRS). The eSRS is the latest initiative under the
umbrella of the Integrated Acquisition Environment and replaces the paper Standard Form
294, Subcontracting Report for Individual Contracts and the Standard Form 295, Summary
Subcontracting Report. Contractors will still be submitting the same information that is
required for the Standard Forms 294 and 295, but it is now an electronic submission
requirement.
These reports are due semiannually and must be submitted by April 30th for the reporting
period October 1 - March 31 and October 30 for the reporting period April 1 - September 30.
A separate report is required at contract completion. Please visit the eSRS website
www.esrs.gov. This site includes Frequently Asked Questions, a Power Point presentation,
and user guides for contractors.
Redacted Contract:
Per Section H.5, within 15 calendar days of the base award, the Contractor shall provide the
proposed redacted contract to the CS2 Procuring Contracting Officer, Jenni K. Lewis, for
approval. The Contractor shall prepare the proposed redacted version in accordance with
Freedom of Information Act guidance. The redacted contract shall be provided without
password protection in Microsoft Word or Excel, as applicable (with the exception of
Section J, Attachment J-11 that is provided as PDF and shall not be redacted). After
receiving approval from the CS2 Procuring Contracting Officer (PCO), the Contractor shall
post the redacted contract to its public web site. As necessary, and upon approval of the
PCO, the Contractor shall correct and repost redactions at no additional cost to the
Government. The contractor shall be responsible to ensure that current year GSA pricing is
posted and publicly available.
Contractor Deliverables:
Per Section F.6, the Contractor shall deliver the items listed in the below table according to
the prescribed frequency schedule:
ID SECTION DELIVERABLE TITLE FREQUENCY DELIVER TO
1 J-2 Information Assurance
Minimum Security Controls
Checklist
30 days after
award then
annually
GSA PCO and
PMO
2 G.5.1
G.5.2 Monthly Business Volume
(Sales) & Monthly Revenue
Reports
Monthly
GSA PMO
3
G.5.3
Annual Program Review Report
Annually
GSA PCO and
PMO
3
4 G.8 Marketing and Promotional
Materials Prior to distribution GSA PMO
5 H.5 Redacted Contract/ Redacted
Modifications Within 15 calendar
days of base
contract award
and all
modifications
GSA PCO
Additionally, in order to ready the eBuy/GSA Advantage on-line procurement tool for the
CS2 awards, all vendors are required to register with the GSA Vendor Support Center
(VSC). Please provide the name and contact information for the person assigned
responsibility for registering your company in the system via email to
jenni.lewis@gsa.gov by 12PM – EST Wednesday, August 29, 2012.
CPARS:
The GSA/FAS - Office of Information Technology uses the web-enabled Contractor
Performance Assessment Reporting System (CPARS) to record contractor performance
information. A CPARS record is required for any Services and/or Information Technology
contract with a value greater than or equal to $1Million.
CPARS assesses a contractor's performance and provides a record, both positive and
negative, on a given contractor during a specific period of time. Each assessment is based on
objective facts and supported by program and contract management data, such as cost
performance reports, customer comments, quality reviews, technical interchange meetings,
financial solvency assessments, construction/production management reviews, contractor
operations reviews, functional performance evaluations, and earned contract incentives.
The CPARS record allows contractors visibility into the assessments and the opportunity to
electronically submit comments and indicate concurrence or non-concurrence with the
overall evaluation. Completed past performance assessments are automatically uploaded to
PPIRS for use in best value evaluations by source selection official across the Federal
Government. Please refer to the CPARS website located at
http://www.cpars.csd.disa.mil/cparsmain.htm for additional information on CPARS
reporting.
Equal Opportunity Notices
In accordance with FAR clause 52.226-26, “Equal Opportunity”, the following website
provides the Equal Employment Opportunity posters that the Contractor shall post, as
applicable: http://www.dol.gov/elaws/firststep/poster_direct.htm?p_eeo=1. In addition, the
Contractor is advised to complete the Employer Information Report (EEO-1) at
http://www.eeoc.gov/eeo1survey/index.html, as applicable.
Any questions regarding this letter should be addressed to Jenni K. Lewis, Contracting
Officer.
4
Sincerely,
Jenni K. Lewis
Contracting Officer
Custom SATCOM Solutions (CS2)
Enclosures:
SF26
Contract Section A Contract Section J, Attachment J-6
Contract Section B Contract Section J, Attachment J-9
Section B tables Contract Section J, Attachment J-10
Contract Section C Contract Section J, Attachment J-11
Contract Section D Contract Section J, Attachment J-12
Contract Section E
Contract Section F
Contract Section G
Contract Section H
Contract Section I
Contract Section J
Contract Section J, Attachment J-1
Contract Section J, Attachment J-2
Contract Section J, Attachment J-3
Contract Section J, Attachment J-5

Navigation menu